Georgia Bids > Bid Detail

Weapons Test Facility Bullet Trap Repair

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159783031185062
Posted Date: Mar 13, 2024
Due Date: Mar 29, 2024
Source: https://sam.gov/opp/9286bc67d4...
Follow
Weapons Test Facility Bullet Trap Repair
Active
Contract Opportunity
Notice ID
FA8520BulletTrapRepair
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
WEAPONS
Office
FA8520 ALFCMC EBWK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 13, 2024 10:58 am EDT
  • Original Response Date: Mar 29, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 339920 - Sporting and Athletic Goods Manufacturing
  • Place of Performance:
    Warner Robins , GA 31098
    USA
Description

Sources Sought / Request for Information (RFI)

Weapons Test Facility Bullet Trap Repair

The Government is conducting market research to identify potential sources that possess the

repair data, expertise, capabilities, and experience to meet the qualification requirements to

replace the weapons test facility conveyor system with the automatic bullet recovery system,

install a drive weather cover for the conveyor drive unit, install weather resistant controls, and

shield cover.

Contractor shall furnish all material, support equipment, tools, test equipment, and services. The

contractor is responsible for providing, maintaining, and calibrating all support equipment

required at their facility or a subcontractor’s facility. Contractor furnished material or parts used

for replacement shall equal or exceed the quality of the original material or parts.

IAW FAR 52.215-3(b), although “proposal” and “offerer” are used in this Request for

Information, your response will be treated as information only. It shall not be used as a proposal.

Contractors/Institutions responding to this market research are placed on notice that

participation in this survey may not ensure participation in future solicitations or contract

awards. The government will not reimburse participants for any expenses associated with

their participation in this survey.

INSTRUCTIONS:

1. The document below contains a description of the bullet trap conveyor system requirement and a

Contractor Capability Survey. The Survey allows Contractors to provide their company’s

capability.





2. If, after reviewing these documents, you desire to participate in the market research, you should

provide documentation that supports your company’s capability in meeting these requirements.

Failure to provide documentation may result in the government being unable to adequately assess

your capabilities. If you lack sufficient experience in a particular area, please provide details

explaining how you would overcome the lack of experience/capabilities in order to perform that

portion of the requirement (i.e., teaming, subcontracting, etc.)

a. Identify any areas of work that your organization believes should be broken out

exclusively for Small Business.





3. Both large and small businesses are encouraged to participate in this Market Research. Joint

ventures or teaming arrangements are encouraged.





4. Questions relative to this market research should be addressed to the Procuring Contracting

Officer, Ms. Shirley Breeze at shirley.breeze@us.af.mil



PURPOSE/DESCRIPTION:

The Government is conducting market research to identify potential sources that possess the

expertise, capabilities, and experience to meet qualification requirements to repair the bullet trap

recovery system.

This requirement is for a repair service. Our repair services strategy is a one time repair effort

with potential follow on for periodic maintenance.

The Bullet Trap Recovery System is a system designed to stop and collect projectiles fired at a

shooting range to prevent over penetration and stray shots.

This requirement is initiated for the establishment of a repair contract for the Weapon's Test

Facility Bullet Trap Recovery System consisting of the automatic bullet recovery system, a

drive weather cover for the conveyor drive unit, weather resistant controls, and shield cover.

The replacement is required to provide serviceable component parts that can efficiently serve its

intended purpose. The replacement shall be conducted in accordance with applicable

commercial standards. Contractor personnel shall perform maintenance in accordance with the

applicable commercial standards. The applicable NAICS code is 339920.



CONTRACTOR CAPABILITY SURVEY

Part I. Business Information

Please provide the following business information for your company/institution and for any

teaming or joint venture partners:

 Company/Institute Name:

 Address:

 Point of Contact:

 CAGE Code:

 Phone Number:

 E-Mail Address:

 Web Page URL:

 Size business pursuant to North American Industry Classification System (NAICS)

Based on the above NAICS Code, state whether your company is:

o Small Business (Yes/No)

o Woman Owned Small Business (Yes/No)

o Small Disadvantaged Business (Yes/No)

o 8(a) Certified (Yes/No)

o HUBZone Certified (Yes/No)

o Veteran Owned Small Business (Yes/No)

o Service Disabled Veteran Small Business (Yes/No)

o Central Contractor Registration (CCR) (Yes/No)

 A statement as to whether your company is domestically or foreign owned (if foreign,

please indicate the country ownership).

Email responses must be received no later than close of business 29 March 2024.

Please send responses to: Shirley Breeze, Procuring Contracting Officer at

shirley.breeze@us.af.mil

Questions relative to this market research should be addressed to the PCO.

Part II. Capability Survey Questions

General Capability Questions:

1. Describe briefly the capabilities of your facility and the nature of the goods and/or services

you provide. Include a description of your staff composition, management structure and why

your company is capable of replacing the bullet trap recovery system.





2. Describe your company’s past capabilities based on previous projects similar in complexity

to this requirement. Include contract numbers, a brief description of the work performed,

period of performance, agency/organization supported and individual of contact (Contracting

Officer or Program Manager). On a specific note, has your company had any working

involvement with the replacement of a bullet trap recovery system?





3. Describe your company’s experience in repairing the weapons test facility components that

make up the bullet trap system.





4. What is your company’s current maximum capacity for periodic systems preventative

maintenance/repair contracts?





5. What are your limiting factors with personnel, material production and engineering data, etc.,

if any?





6. What quality assurance processes and test qualification practices does your company

employ? Provide a description of your quality program (ISO 9001, AS9100, etc.).

7. Does your company find that the information in each document is clear and concise regarding

the duties and responsibilities that the Government expects the contractor to perform? If not,

please identify the information that is needed or that requires additional detail and/or clarification.





8. Did your company identify any areas in the PWS that presented unacceptable risks? If so,

please provide detailed information.





9. Does your company have the experience with the following:

a. Use or operation of a Support Equipment System (SE)? If so, please provide detailed

information.

b. Design, development, or integration of an SE? If so, please provide detailed

information.

c. Logistics support of an SE to include spares management, spares procurement, repair

and maintenance, failure reporting and analysis, obsolescence forecasting, engineering

and technical support, and training? If so, please provide detailed information.





10. On a specific note, does your company have any experience supporting SE or commercial test

and measurement equipment which you were not the OEM? If so, please provide detailed

information.





11. Would any technical/engineering data be required to execute the PWS requirements other than

what is provided in this pre-solicitation activity? If so, please specify. Please note that the

Technical Data Package (TDP), or drawings, for SE are “proprietary” and have Distribution

Statement B; therefore, they will not be available to any contractor(s) other than the design control

authority for SE





12. What experience does your company have in regards to developing and implementing a safety

plan IAW PWS requirements?





13. Does your company have experience with implementation and installation of Time Compliant

Technical Orders (TCTO) and modifications to SE? If so, please provide detailed information.





14. Describe any industry certifications that your company presently holds in the area of quality

assurance and/or configuration management.





15. Does your company have experience with long-term contracts or purchasing agreements with

fixed prices, i.e. at least 5 years in duration?

16. What is the Rough Order of Magnitude (ROM) of annual costs to execute the PWS

requirements? This is for informational purposes only.





17. Due to the uncertainty of out-year funding and the potential of funding constraints, there may

be a need to tailor the performance metric, specifically the availability metric, in order to meet

the funding profile. Please describe any impacts, positive or negative, in executing the PWS

requirement with a possible change in the availability metric from a year-to-year basis.





Repair/Manufacturing Questions:

1. Describe your capabilities and experience in repairing existing systems/equipment (hardware

and software) to solve maintenance and support problems in bullet trap systems.





2. Demonstrate your ability and experience in repair of the same or similar components, which

are currently in use on commercial systems by providing the following information on the

same or similar items:

a) Contract Number

b) Procuring Agency

c) Contract Value

d) Number of systems repaired





3. If the item cannot be repaired/replaced in total, state what your organization can replace.





4. State any technology insertion ideas for the item that would be suitable for this effort.





5. Discuss any reverse engineering or item replacement opportunities that may be present.

Commerciality Questions:

1. Is there established catalog or market prices for our requirement?





2. If you offer this product and/or service to both U.S. Government and commercial sources, is

the same workforce used for both the U.S. Government and general public?





3. Is our requirement offered to both under similar terms and conditions? Briefly describe any

differences.





4. Describe your standard warranty and return process for goods and services furnished to the

government for items similar in nature to this requirement.





Testing:

1. Describe the contractor's capabilities and experience (commercial or military) performing

acceptance and operational testing.





2. Describe your experience as the prime contractor or subcontractor in the prior

efforts. Describe if the experience is directly related to the bullet trap recovery system.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 478 327 3042 235 BYRON ST STE 19A BLDG 300
  • ROBINS AFB , GA 31098-1670
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 13, 2024 10:58 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >